Loading...
HomeMy WebLinkAboutContract 63747City Secretary Contract No. _____________ Vendor Services Agreement Page 1 of 30 NON-EXCLUSIVE VENDOR SERVICES AGREEMENT _____________________________________________________________________________ This NON-EXCLUSIVE VENDOR SERVICES AGREEMENT (“Agreement”) is made and entered into by and between the CITY OF FORT WORTH (“City”), a Texas home rule municipal corporation, and COMPUNNEL SOFTWARE GROUP, INC (“Vendor”), each individually referred to as a “party” and collectively referred to as the “parties.” 1.Scope of Services. Vendor enters into a non-exclusive agreement to provide the City with temporary staffing services, including professionals, clerical workers and manual labor (“Temporary Workers”) on an as needed basis (“Services”), as set forth in more detail in Exhibit “A,” attached hereto and incorporated herein for all purposes and specifically describes the Services to be provided. 2.Term. This Agreement begins on September 2, 2025 (“Effective Date”) and expires on September 30, 2028 (“Expiration Date”), unless terminated earlier in accordance with this Agreement (“Initial Term”). City will have the option, in its sole discretion, to renew this Agreement under the same terms and conditions, for up to two (2) two-year renewal option(s) (each a “Renewal Term” with term dates running from October 1 to September 30). 3. Compensation. 3.1 General Provisions. City will pay Vendor in accordance with the provisions of this Agreement, including Exhibit “B,” which is attached hereto and incorporated herein for all purposes. Total annual compensation under this Agreementshall be an amount up to Three MillionFive Hundred Thousand Dollars ($3,500,000.00) for the first year of the initial term, $4,025,000.00 for the second year of the initial term, and $4,628,750.00 for the third year of the initial term. Should Renewal Terms be utilized, the combined annual amount for renewal options is up to $5,323,062.50 for the first year of the first renewal term, $6,121,521.88 for the second year of the first renewal term, $7,039,750.16 for the first year of the second renewal term, and $8,095,712.68 for the second year of the second renewal term. 3.2 Non-Exclusive Agreement. The Vendor acknowledges that this is a non-exclusive agreement and there is no guarantee ofany specific amount of purchase. Further, Vendor recognizes that the amount stated above is the total amount of funds available, collectively, for any Vendor that enters into an agreement with the City under the relevant M&C and that once the full amount has been exhausted, whether individually or collectively, funds have therefore been exhausted under this Agreement as well. 3.3 Additional Services. Vendor will not perform any additional services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City will not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. City Secretary Contract No. _____________ Vendor Services Agreement Page 2 of 30 3.4 Addendum - Statement of Work. When Services are needed, the City will provide Vendor an applicable Statement of Work, a sample of which can be found as Exhibit “C” to this Agreement. Each Statement of Work will list the Services requested by the City and the project timeframe the services will be necessary, as well as the projected amount of the services related to each requested position based on Exhibit “B” of this Agreement. Each Statement of Work must be signed by both parties. No additional services will be provided by the Vendor unless the city requests and approved in writing additional cost of such services. 3.5 Invoice. Vendor agrees to submit weekly invoices for Services provided in the previous week. Each invoice shall also reference the applicable Statement of Work by addendum number. Vendor shall submit invoices to the individual as the requesting City department’s point of contact in the applicable Statement of Work and also submit a copy to the Talent Acquisition Manager in the Human Resources Department, 100 Fort Worth Trail, Fort Worth Texas 76103. City agrees to pay all invoices of Vendor within thirty (30) days of receipt of such invoices and in accordance with the Texas Prompt Payment Act. 4. Termination. 4.1. Written Notice. City or Vendor may terminate this Agreement at any time and for any reason by providing the other party with 30 days’ written notice of termination. 4.2 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement will terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date, City will pay Vendor for services actually rendered up to the effective date of termination and Vendor will continue to provide City with services requested by City and in accordance with this Agreement up to the effective date of termination. Upon termination of this Agreement for any reason, Vendor will provide City with copies of all completed or partially completed documents prepared under this Agreement. In the event Vendor has received access to City Information or data as a requirement to perform services hereunder, Vendor will return all City provided data to City in a machine-readable format or other format deemed acceptable to City. 5. Disclosure of Conflicts and Confidential Information. 5.1 Disclosure of Conflicts. Vendor hereby warrants to City that Vendor has made full disclosure in writing of any existing or potential conflicts of interest related to Vendor's services under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Vendor hereby agrees immediately to make full disclosure to City in writing. 5.2 Confidential Information. Vendor, for itself and its officers, agents and employees, agrees that it will treat all information provided to it by City (“City Information”) as confidential and will not disclose any such information to a third party without the prior written approval of City. 5.3 Public Information Act. City is a government entity under the laws of the State of Texas and all documents held or maintained by City are subject to disclosure under the Texas Public Information Act. In the event there is a request for information marked Confidential or Proprietary, City Secretary Contract No. _____________ Vendor Services Agreement Page 3 of 30 City willpromptly notify Vendor. It will be the responsibility of Vendorto submit reasons objecting to disclosure. A determination on whether such reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. 5.4 Unauthorized Access. Vendor must store and maintain City Information in a secure manner and will not allow unauthorized users to access, modify, delete or otherwise corrupt City Information in any way. Vendor must notify City immediately if the security or integrity of any City Information has been compromised or is believed to have been compromised, in which event, Vendor will, in good faith, use all commercially reasonable efforts to cooperate with City in identifying what information has been accessed by unauthorized means and will fully cooperate with City to protect such City Information from further unauthorized disclosure. 6.Right to Audit. Vendor agrees that City will, until the expiration of three (3) years after final payment under this Agreement, or the final conclusion of any audit commenced during the said three years, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records, including, but not limited to, all electronic records, of Vendor involving transactions relating to this Agreement at no additional cost to City. Vendor agrees that City will have access during normal working hours to all necessary Vendor facilities and will be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City will give Vendor reasonable advance notice of intended audits. 7.Independent Contractor. It is expressly understood and agreed that Vendor will operate as an independent contractor as to all rights and privileges and work performed under this Agreement, and not as agent, representative or employee of City. Subject to and in accordance with the conditions and provisions of this Agreement, Vendor will have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its officers, agents, servants, employees, Vendors, and subcontractors. Vendor acknowledges that the doctrine of respondeat superior will not apply as between City, its officers, agents, servants and employees, and Vendor, its officers, agents, employees, servants, contractors, and subcontractors. Vendor further agrees that nothing herein will be construed as the creation of a partnership or joint enterprise between City and Vendor. It is further understood that City will in no way be considered a Co-employer or a Joint employer of Vendor or any officers, agents, servants, employees, contractors, or subcontractors. Neither Vendor, nor any officers, agents, servants, employees, contractors, or subcontractors of Vendor will be entitled to any employment benefits from City. Vendor will be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of its officers, agents, servants, employees, contractors, or contractors. 8.Employment Benefits. No individual placed with City under this agreement, including any of Vendor’s officers, agents, servants, employees or subcontractors, shall be entitled to any employment benefits from the City. Vendor acknowledges and agrees that it shall be responsible for providing any individual it places with City, including its employees and subcontractors, with all legally-required employment benefits, including health care benefits. Vendor further acknowledges and agrees that the negotiated compensation to Vendor by City under this Agreement includes a reasonable amount which has been included to compensate Vendor for Vendor’s health care costs. Additionally, Vendor shall be liable for any and all withholding, payment and report of taxes on behalf of itself, and any individual it places with City, including its officers, agents, servants, employees or subcontractors, including filling IRS 941 and W-2 forms for any individual placed with City. 9.Liability and Indemnification. City Secretary Contract No. _____________ Vendor Services Agreement Page 4 of 30 9.1 LIABILITY - VENDOR WILL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF VENDOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 9.2 GENERAL INDEMNIFICATION - VENDOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS OR LAWSUITS OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO VENDOR'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF VENDOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 9.3 WAIVER OF CLAIMS AS JOINT-EMPLOYER – Vendor herby disclaims and waives any and all claims or causes of action against the City with regard to liability or responsibility for Vendor’s obligations as employer with respect to Vendor’s employees, including but not limited to obligations such as payment of workers compensation claims or benefits; compliance with the Federal Fair Labor Standards Act; payment of furnishing of health, retirement or other benefits; and responsibility for payment of unemployment insurance or contributions. 9.4 INTELLECTUAL PROPERTY INDEMNIFICATION – Vendor agrees to defend, settle, or pay, at its own cost and expense, any claim or action against City for infringement of any patent, copyright, trade mark, trade secret, or similar property right arising from City’s use of the software and/or documentation in accordance with this Agreement, it being understood that this agreement to defend, settle or pay will not apply if City modifies or misuses the software and/or documentation. So long as Vendor bears the cost and expense of payment for claims or actions against City pursuant to this section, Vendor will have the right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, City will have the right to fully participate in any and all such settlement, negotiations, or lawsuit as necessary to protect City’s interest, and City agrees to cooperate with Vendor in doing so. In the event City, for whatever reason, assumes the responsibility for payment of costs and expenses for any claim or action brought against City for infringement arising under this Agreement, City will have the sole right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, Vendor will fully participate and cooperate with City in defense of such claim or action. City agrees to give Vendor timely written notice of any such claim or action, with copies of all papers City may receive relating thereto. Notwithstanding the foregoing, City’s assumption of payment of costs or expenses will not eliminate Vendor’s duty to indemnify City under this Agreement. If the software and/or documentation or any part thereof is held to infringe and the use thereof is enjoined or restrained or, if as a result of a settlement or compromise, such use is materially adversely restricted, Vendor will, at its own expense and as City's sole remedy, either: (a) procure for City the right to continue to use the software and/or documentation; or (b) modify the software and/or documentation to make it non- infringing, provided that such modification does not materially adversely affect City's authorized use of the software and/or documentation; or (c) replace the software and/or documentation City Secretary Contract No. _____________ Vendor Services Agreement Page 5 of 30 with equally suitable, compatible, and functionally equivalent non-infringing software and/or documentation at no additional charge to City; or (d) if none of the foregoing alternatives is reasonably available to Vendor terminate this Agreement, and refund all amounts paid to Vendor by City, subsequent to which termination City may seek any and all remedies available to City under law. 10.Assignment and Subcontracting. 10.1 Assignment. Vendor will not assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of City. If City grants consent to an assignment, the assignee will execute a written agreement with City and Vendor under which the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement. Vendor will be liable for all obligations of Vendor under this Agreement prior to the effective date of the assignment. 10.2 Subcontract. If City grants consent to a subcontract, the subcontractor will execute a written agreement with Vendor referencing this Agreement under which subcontractor agrees to be bound by the duties and obligations of Vendor under this Agreement as such duties and obligations may apply. Vendor must provide City with a fully executed copy of any such subcontract. 11.Insurance. Vendor must provide City with certificate(s) of insurance documenting policies of the following types and minimum coverage limits that are to be in effect prior to commencement of any Services pursuant to this Agreement: 11.1 Coverage and Limits (a)Commercial General Liability: $1,000,000 - Each Occurrence $2,000,000 - Aggregate (b) Automobile Liability: $1,000,000 - Each occurrence on a combined single limit basis Coverage will be on any vehicle used by Vendor, or its employees, agents, or representatives in the course of providing Services under this Agreement. “Any vehicle” will be any vehicle owned, hired and non-owned. (c) Worker’s Compensation: Statutory limits according to the Texas Workers’ Compensation Act or any other state workers’ compensation laws where the Services are being performed Employers’ liability $100,000 - Bodily Injury by accident; each accident/occurrence $100,000 - Bodily Injury by disease; each employee $500,000 - Bodily Injury by disease; policy limit City Secretary Contract No. _____________ Vendor Services Agreement Page 6 of 30 (d) Professional Liability (Errors & Omissions): $1,000,000 - Each Claim Limit $1,000,000 - Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability (CGL) policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage must be claims-made, and maintained for the duration of the contractual agreement and for two (2) years following completion of services provided. An annual certificate of insurance must be submitted to City to evidence coverage. 11.2 General Requirements (a) The commercial general liability and automobile liability policies must name City as an additional insured thereon, as its interests may appear. The term City includes its employees, officers, officials, agents, and volunteers in respect to the contracted services. (b) The workers’ compensation policy must include a Waiver of Subrogation (Right of Recovery) in favor of City. (c) A minimum of Thirty (30) days’ notice of cancellation or reduction in limits of coverage must be provided to City. Ten (10) days’ notice will be acceptable in the event of non-payment of premium. Notice must be sent to the Risk Manager, City of Fort Worth, 200 Texas Street, Fort Worth, Texas 76102, with copies to the Fort Worth City Attorney at the same address. (d) The insurers for all policies must be licensed and/or approved to do business in the State of Texas. All insurers must have a minimum rating of A- VII in the current A.M. Best Key Rating Guide, or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of Risk Management is required. (e) Any failure on the part of City to request required insurance documentation will not constitute a waiver of the insurance requirement. (f) Certificates of Insurance evidencing that Vendor has obtained all required insurance will be delivered to the City prior to Vendor proceeding with any work pursuant to this Agreement. 12.Compliance with Laws, Ordinances, Rules and Regulations. Vendor agrees that in the performance of its obligations hereunder, it will comply with all applicable federal, state and local laws, ordinances, rules and regulations and that any work it produces in connection with this Agreement will also comply with all applicable federal, state and local laws, ordinances, rules and regulations. If City notifies Vendor of any violation of such laws, ordinances, rules or regulations, Vendor must immediately desist from and correct the violation. City Secretary Contract No. _____________ Vendor Services Agreement Page 7 of 30 13.Non-Discrimination Covenant.Vendor, for itself, its personal representatives, assigns, contractors, subcontractors, and successors in interest, as part of the consideration herein, agrees that in the performance of Vendor’s duties and obligations hereunder, it will not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. IF ANY CLAIM ARISES FROM AN ALLEGED VIOLATION OF THIS NON-DISCRIMINATION COVENANT BY VENDOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, CONTRACTORS, SUBCONTRACTORS, OR SUCCESSORS IN INTEREST, VENDOR AGREES TO ASSUME SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS FROM SUCH CLAIM. 14.Notices. Notices required pursuant to the provisions of this Agreement will be conclusively determined to have been delivered when (1) hand-delivered to the other party, its agents, employees, servants or representatives or (2) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: To CITY: City of Fort Worth Attn: Assistant City Manager 100 Fort Worth Trail Fort Worth, TX 76102 Facsimile: (817) 392-8654 With copy to Fort Worth City Attorney’s Office at same address To VENDOR: Compunnel Software Group Inc, Prema L. Roddam , General Counsel Email: p.roddam@compunnel.com 15.Solicitation of Employees. Neither City nor Vendor will, during the term of this Agreement and additionally for a period of one year after its termination, solicit for employment or employ, whether as employee or independent contractor, any person who is or has been employed by the other during the term of this Agreement, without the prior written consent of the person's employer. Notwithstanding the foregoing, this provision will not apply to an employee of either party who responds to a general solicitation of advertisement of employment by either party. 16.Governmental Powers. It is understood and agreed that by execution of this Agreement, City does not waive or surrender any of its governmental powers or immunities. 17.No Waiver. The failure of City or Vendor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein does not constitute a waiver of City's or Vendor’s respective right to insist upon appropriate performance or to assert any such right on any future occasion. 18.Governing Law / Venue. This Agreement will be construed in accordance with the laws of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought pursuant to this Agreement, venue for such action will lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. 19.Severability. If any provision of this Agreement is held to be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining provisions will not in any way be affected or impaired. City Secretary Contract No. _____________ Vendor Services Agreement Page 8 of 30 20.Force Majeure. City and Vendor will exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but will not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to, compliance with any government law, ordinance, or regulation; acts of God; acts of the public enemy; fires; strikes; lockouts; natural disasters; wars; riots; epidemics or pandemics; government action or inaction; orders of government; material or labor restrictions by any governmental authority; transportation problems; restraints or prohibitions by any court, board, department, commission, or agency of the United States or of any States; civil disturbances; other national or regional emergencies; or any other similar cause not enumerated herein but which is beyond the reasonable control of the Party whose performance is affected (collectively, “Force Majeure Event”). The performance of any such obligation is suspended during the period of, and only to the extent of, such prevention or hindrance, provided the affected Party provides notice of the Force Majeure Event, and an explanation as to how it prevents or hinders the Party’s performance, as soon as reasonably possible after the occurrence of the Force Majeure Event, with the reasonableness of such notice to be determined by the City in its sole discretion. The notice required by this section must be addressed and delivered in accordance with Section 13 of this Agreement. 21.Headings not Controlling. Headings and titles used in this Agreement are for reference purposes only, will not be deemed a part of this Agreement, and are not intended to define or limit the scope of any provision of this Agreement. 22.Review of Counsel. The parties acknowledge that each party and its counsel have reviewed and revised this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party will not be employed in the interpretation of this Agreement or its Exhibits. 23.Amendments / Modifications / Extensions. No amendment, modification, or extension of this Agreement will be binding upon a party hereto unless set forth in a written instrument, which is executed by an authorized representative of each party. 24.Counterparts. This Agreement may be executed in one or more counterparts and each counterpart will, for all purposes, be deemed an original, but all such counterparts will together constitute one and the same instrument. 25.Warranty of Services. Vendor warrants that its services will be of a high quality and conform to generally prevailing industry standards. City must give written notice of any breach of this warranty within thirty (30) days from the date that the services are completed. In such event, at Vendor’s option, Vendor will either (a) use commercially reasonable efforts to re-perform the services in a manner that conforms with the warranty, or (b) refund the fees paid by City to Vendor for the nonconforming services. 26.Immigration Nationality Act. Vendor must verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Vendor will provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor must adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Vendor employee who is not legally eligible to perform such services. VENDOR WILL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, VENDOR’S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, OR City Secretary Contract No. _____________ Vendor Services Agreement Page 9 of 30 AGENTS.City, upon written notice to Vendor, willhave the right to immediately terminate this Agreement for violations of this provision by Vendor. 27.Ownership of Work Product. City will be the sole and exclusive owner of all reports, work papers, procedures, guides, and documentation that are created, published, displayed, or produced in conjunction with the services provided under this Agreement (collectively, “Work Product”). Further, City will be the sole and exclusive owner of all copyright, patent, trademark, trade secret and other proprietary rights in and to the Work Product. Ownership of the Work Product will inure to the benefit of City from the date of conception, creation or fixation of the Work Product in a tangible medium of expression (whichever occurs first). Each copyrightable aspect of the Work Product will be considered a "work-made- for-hire" within the meaning of the Copyright Act of 1976, as amended. If and to the extent such Work Product, or any part thereof, is not considered a "work-made-for-hire" within the meaning of the Copyright Act of 1976, as amended, Vendor hereby expressly assigns to City all exclusive right, title and interest in and to the Work Product, and all copies thereof, and in and to the copyright, patent, trademark, trade secret, and all other proprietary rights therein, that City may have or obtain, without further consideration, free from any claim, lien for balance due, or rights of retention thereto on the part of City. 28.Signature Authority. The person signing this Agreement hereby warrants that they have the legal authority to execute this Agreement on behalf of the respective party, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. This Agreement and any amendment hereto, may be executed by any authorized representative of Vendor. Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 29.Change in Company Name or Ownership. Vendor must notify City’s Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records. The president of Vendor or authorized official must sign the letter. A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director’s resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the specified documentation so may adversely impact future invoice payments. 30.No Boycott of Israel. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms “boycott Israel” and “company” has the meanings ascribed to those terms in Section 2271 of the Texas Government Code. By signing this Agreement, Vendor certifies that Vendor’s signature provides written verification to the City that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the Agreement. 31.Prohibition on Boycotting Energy Companies. Vendor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor’s signature provides written verification to City that Vendor: (1) does not boycott energy City Secretary Contract No. _____________ Vendor Services Agreement Page 10 of 30 companies; and (2) will not boycott energy companies during the term of this Agreement. 32.Prohibition on Discrimination Against Firearm and Ammunition Industries. Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor’s signature provides written verification to City that Vendor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 33.Electronic Signatures. This Agreement may be executed by electronic signature, which will be considered as an original signature for all purposes and have the same force and effect as an original signature. For these purposes, “electronic signature” means electronically scanned and transmitted versions (e.g. via pdf file or facsimile transmission) of an original signature, or signatures electronically inserted via software such as Adobe Sign. 34.Entirety of Agreement. This Agreement contains the entire understanding and agreement between City and Vendor, their assigns and successors in interest, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. (signature page follows) City Secretary Contract No. _____________ Vendor Services Agreement Page 11 of 30 ACCEPTED AND AGREED: CITY OF FORT WORTH: By: ___________________________ Name: Dianna Giordano Title: Assistant City Manager Date: _______________ APPROVAL RECOMMENDED: By: ______________________________ Name: Leila Peeples Title: Asst Human Resources Director ATTEST: By: ______________________________ Name: Jannette Goodall Title: City Secretary CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. By: ______________________________ Name: Victor Escobedo Title: Human Resources Manager APPROVED AS TO FORM AND LEGALITY: By: ______________________________ Name: Jessika Williams Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 25-0580 Form 1295:2025-1314885 VENDOR: Compunnel Software Group Inc By: Name: Prema L. Roddam Title: General Counsel Vendor Services Agreement Page 12 of 30 EXHIBIT A SCOPE OF SERVICES The Vendor will provide one of, or a combination of the general categories of temporary staffing positions which include, assistant department director, management, clerical, professional, service trades, or technical/para professional temporary staffing services for City upon request. If a Vendor’s Hourly Pay Rate to its workers goes down during any term of the Agreement with City, the lower rate is required to be reported to the City and an adjustment in the Vendor’s Hourly Bill Rate downwards will be reflected. The Vendor may request a price adjustment at the time of contract renewal. Any request must be submitted in writing at least thirty (30) calendar days prior to the expiration of the current term and must include justification based on changes in market conditions or labor costs. The City reserves the right to approve, negotiate, or deny the requested adjustment. If the City increases the entrance (starting) pay rate for any position during the term of the agreement, the Vendor shall adjust their Hourly Pay Rate by the same percentage. The City will notify the Vendor of any such increase, and the Vendor shall confirm and implement the rate adjustment upon the City’s request. All rate changes must be approved by the City prior to implementation. In accordance with Chapter 2254 of the Texas Government Code, engineering, architectural, and land surveying related positions were excluded from the scope of Request for Proposals (RFP) No. 25-0082, and the City did not request temporary staffing for those positions. Additionally, the following positions were not included in the scope of RFP 25-0082 for standard pricing purposes, and the City has not requested bids for these positions based on the pricing structure outlined in the RFP: Certified Public Accountant Landscape Architect Physician (including Surgeon) Optometrist Professional Engineer State certified or state licensed Real Estate Appraiser Registered Nurse As part of its proposal, the Vendor identified its ability to fulfill temporary staffing needs for one or more of the positions listed above. The City may request temporary staffing for such positions on an as-needed basis, and the qualifications and rates for those positions, as submitted and approved through the solicitation process, are incorporated into this contract. Additional products and/or services of the same general category that could have been encompassed in the award of this Agreement, and that are not already on the Agreement, maybe added. The Vendor shall provide one of its employees to be specifically assigned as Project Manager to the City’s account to support delivery of temporary staffing services in accordance with all applicable requirements. Upon award, each Vendor shall be required to provide City with a phone number, email, fax and emergency phone number of Project Manager. Vendor Services Agreement Page 13 of 30 The Vendor will furnish workers who are at least 18 years of age, legally authorized to work in United States of America, possess a valid U.S. federal or state government-issued identification and are appropriately dressed for the assigned position. The Vendor will provide all requested temporary workers within forty eight (48) hours of receipt of a City request for services which includes a fully executed Statement of Work with all required signatures. An example of a Statement of Work can be found in Exhibit B. The Vendor will not proceed with any temporary staffing request unless a written approval or confirmation has been issued by the City’s Human Resources Department. The Vendor will maintain insurance and/or bonds in accordance with the solicitation to protect the City from any loss caused by a temporary worker assigned by Vendor. The Vendor will maintain a written dress code or policy for assigned temporary workers that requires them to be clean and appropriately dressed for their specific assignment. The City reserves the right to decline the services of any temporary worker provided by the Vendor, for any reason with or without notice. If the City deems an assigned temporary worker to be a safety risk, the City may contact the Vendor and request the individual be removed that same day. If one of Vendor’s temporary workers leave the job site before the requested service time period has expired, no payment will be rendered to Vendor for the remaining time left based on the requested service time period. Payments will be rendered only for actual hours of temporary services supplied by Vendor. Should the City wish to hire one of Vendor’s temporary workers who has been filling a temporary position, neither the worker nor the City will be required to pay a placement or similar fee to Vendor. The Vendor will submit the following details to the applicable departmental liaison for the City department requesting the temporary worker and the City’s Human Resources Department before assignment of each temporary staff and notify within a day of end of such assignments, by email to CFW_TempScreening@fortworthtexas.gov : Full name of the temporary staff; Assigned to which City department; Assigned City department manager; Start date of assignment; Confirmation on background check cleared; Yes/No Assigned temporary staff pay rate; Vendor’s bill rate; Upon completion of service vendor should notify last day of assignment. The Vendor’s employees will present their timesheet to the City Department representative who will sign off on the Vendor’s employee’s timesheet that he or she was present for the specified period. The Vendor will provide a weekly timesheet summary showing (i) the name of each worker assigned to the City during the preceding week, (ii) the date(s) each listed worker was assigned during the reporting Vendor Services Agreement Page 14 of 30 period, (iii) the department(s) to which the worker was assigned on each date, (iv) the hourly rate billed to the City for each assignment and (v) hours of service provided each day. The Vendor will be required to pay each temporary worker assigned to the City at least the hourly minimum wage rate established by federal law. All scheduling will be done through the Vendor. Once the City makes a request for temporary services during a specified time frame, the Vendor will be required to coordinate the scheduling with its employee who will be performing the temporary service. The City will not provide transportation to or from the assigned work site. The City will not reimburse mileage or parking for temporary workers. The Vendor will be responsible and liable for the safety, injury and health of its personnel while they are performing the temporary services on City property. The Vendor must communicate with the specific City Department requesting the temporary worker to confirm the name of the assigned temporary worker and verify that his or her skills meet the City needs. Temporary workers may be assigned to any location at which the City requires services, and such locations may be outside of Tarrant County. The Vendor shall describe, in writing, what immediate action it will take to replace temporary workers whose services are declined. If non-English speaking temporary workers are assigned to the City, the Vendor shall ensure interpretation services are also provided, which may be furnished by one of the other assigned temporary workers. The Vendor will conduct background checks, at their expense, on all temporary workers assigned to the City which will include minimum factors consisting of the following: 7 year County Criminal Record Search for Felonies & Misdemeanors from all counties; SSN trace to National Criminal/Sex & Violent Offender Search – National Motor Vehicle Record and Driver’s License Status (if applicable to the job) Social Security Number Trace Education Verification Statewide Criminal check from all counties SSN was traced to The Vendor will provide City with proof such checks have occurred. On request, the Vendor shall provide City a copy of an assigned temporary worker’s background check. The Vendor will be responsible for all costs associated with any drug testing required for its temporary workers. The Vendor will ensure that its assigned temporary workers do not have any type of firearm, weapon, drug or alcohol on City premises. Vendor Services Agreement Page 15 of 30 The Vendor will be responsible for processing payroll for its temporary workers who are assigned to the City. This responsibility will include but not be limited to making all necessary deductions and paying all taxes and insurance required by federal, state, or local law. The Vendor will be responsible for payment of taxes, assessments, fees, and fines that may be due or owing to any local, state or federal government agency relating to or arising out of Vendor’s role as employer of the assigned temporary worker Vendor Services Agreement Page 16 of 30 EHIBIT B PAYMENT SCHEDULE The following link Job Descriptions – Welcome to the City of Fort Worth provides a detailed list of all potential temporary staffing services positions that could be requested by City. The following will apply: If a Vendor’s Hourly Pay Rate to its workers goes down during any term of the Agreement with City, the lower rate is required to be reported to the City and an adjustment in the Vendor’s Hourly Bill Rate downwards will be reflected. The Vendor may request a price adjustment at the time of contract renewal. Any request must be submitted in writing at least thirty (30) calendar days prior to the expiration of the current term and must include justification based on changes in market conditions or labor costs. The City reserves the right to approve, negotiate, or deny the requested adjustment. If the City increases the entrance (starting) pay rate for any position during the term of the agreement, the Vendor shall adjust their Hourly Pay Rate by the same percentage. The City will notify the Vendor of any such increase, and the Vendor shall confirm and implement the rate adjustment upon the City’s request. All rate changes must be approved by the City prior to implementation. Decision # Job Title Hourly Pay Rate (a) Vendor's Billing Percentage (b) Vendor's Contract Rate (a*b=c) Vendor's Hourly Bill Rate (a+c) Bid #1-1 Account Specialist $ 23.00 28% $6.44 $ 29.44 Bid #1-2 Account Technician $ 19.00 28% $5.32 $ 24.32 Bid #1-4 Accounting Specialist $ 20.00 28% $5.60 $ 25.60 Bid #1-5 Accounts Payable $ 20.00 28% $5.60 $ 25.60 Bid #1-6 Administrative Assistant $ 20.00 28% $5.60 $ 25.60 Bid #1-7 Administrative Technician $ 18.00 28% $5.04 $ 23.04 Bid #1-8 Animal Shelter Technician $ 14.00 28% $3.92 $ 17.92 Bid #1-9 Business Process Manager $ 35.00 28% $9.80 $ 44.80 Bid #1-10 Business Support Analyst $ 31.00 28% $8.68 $ 39.68 Bid #1-11 Buyer I $ 20.00 28% $5.60 $ 25.60 Bid #1-12 Clerk - General $ 20.00 28% $5.60 $ 25.60 Bid #1-13 Communication Specialist $ 28.00 28% $7.84 $ 35.84 Bid #1-14 Communications Coordinator $ 28.00 28% $7.84 $ 35.84 Bid #1-15 Contract Compliance Administrator $ 41.00 28% $9.80 $ 44.80 Bid #1-16 Contract Compliance Specialist $ 28.00 28% $7.84 $ 35.84 Bid #1-17 Contract Compliance Technician $ 20.00 28% $5.60 $ 25.60 Bid #1-18 Contract Services Administrator $ 35.00 28% $9.80 $ 44.80 Bid #1-19 Custodian $ 19.00 28% $5.32 $ 24.32 Bid #1-20 Customer Service Information Specialist $ 17.00 28% $4.76 $ 21.76 Bid #1-21 Customer Service Representative $ 14.00 28% $3.92 $ 17.92 Bid #1-22 Customer Service Representative II $ 17.00 28% $4.76 $ 21.76 Vendor Services Agreement Page 17 of 30 Bid #1-23 Data Analyst $ 31.00 28% $8.68 $ 39.68 Bid #1-24 Data Entry Clerk $ 20.00 28% $5.60 $ 25.60 Bid #1-25 Data Reporting Technician $ 20.00 28% $5.60 $ 25.60 Bid #1-26 Eligibility Specialist $ 20.00 28% $5.60 $ 25.60 Bid #1-27 Emergency Management Officer $ 35.00 28% $8.68 $ 39.68 Bid #1-28 Executive Assistant $ 31.00 28% $8.68 $ 39.68 Bid #1-29 Facilities Coordinator $ 31.00 28% $8.68 $ 39.68 Bid #1-30 Field Service Superintendent $ 41.00 28% $11.48 $ 52.48 Bid #1-31 Food & Beverage Attendant $ 20.00 28% $5.60 $ 25.60 Bid #1-32 Grants Secialist $ 31.00 28% $8.68 $ 39.68 Bid #1-33 Graphic Artist $ 20.00 28% $5.60 $ 25.60 Bid #1-34 IT Support Specialist $ 31.00 28% $8.68 $ 39.68 Bid #1-35 Legal Assistant $ 20.00 28% $5.60 $ 25.60 Bid #1-36 Mailroom Clerk $ 20.00 28% $5.60 $ 25.60 Bid #1-37 Management Analyst $ 31.00 28% $8.68 $ 39.68 Bid #1-38 Office Assistant $ 20.00 28% $5.60 $ 25.60 Bid #1-39 Office Clerk $ 20.00 28% $5.60 $ 25.60 Bid #1-40 Park Planner Assistant $ 31.00 28% $8.68 $ 39.68 Bid #1-41 Parking Compliance Tech $ 20.00 28% $5.60 $ 25.60 Bid #1-42 Parts Analyst $ 20.00 28% $5.60 $ 25.60 Bid #1-43 Payroll Clerk $ 20.00 28% $5.60 $ 25.60 Bid #1-44 Project Adminstrator $ 41.00 28% $10.64 $ 48.64 Bid #1-45 Project Assistant $ 20.00 28% $5.60 $ 25.60 Bid #1-46 Public Events Coordinator $ 31.00 28% $8.68 $ 39.68 Bid #1-47 Public Safety Communicator $ 20.00 28% $5.60 $ 25.60 Bid #1-48 Purchasing Adminstrator $ 41.00 28% $11.48 $ 52.48 Bid #1-49 Purchasing Assistant $ 21.00 28% $5.88 $ 26.88 Bid #1-50 Purchasing Clerk $ 20.00 28% $5.60 $ 25.60 Bid #1-51 Quality Assurance $ 31.00 28% $8.68 $ 39.68 Bid #1-52 Quality Improvement Specialist $ 31.00 28% $8.68 $ 39.68 Bid #1-53 Skills Trade Technician $ 20.00 28% $5.60 $ 25.60 Bid #1-54 Sr. Administrative Assistant $ 31.00 28% $8.68 $ 39.68 Bid #1-55 Sr. Contract Compliance Specialist $ 41.00 28% $9.80 $ 44.80 Bid #1-56 Sr. Customer Service Rep $ 20.00 28% $5.60 $ 25.60 Bid #1-57 Sr. Executive Assistant $ 42.00 28% $11.76 $ 53.76 Bid #1-58 Sr. Graphic Designer $ 42.00 28% $11.20 $ 51.20 Bid #1-59 Sr. Skilled Trades Technician $ 31.00 28% $8.68 $ 39.68 Bid #1-60 Technical Trainer $ 32.00 28% $8.96 $ 40.96 Bid #1-61 Traffic Director $ 35.00 28% $9.80 $ 44.80 Bid #1-62 Trainer $ 35.00 28% $9.80 $ 44.80 Bid #1-63 Web Designer $ 41.00 28% $11.48 $ 52.48 Bid #2-1 Accounting Services Supervisor $ 55.00 28% $15.40 $ 70.40 Bid #2-2 Accounts Payable Coordinator $ 44.00 28% $12.32 $ 56.32 Bid #2-3 Administrative Services Mgr $ 55.00 28% $15.40 $ 70.40 Bid #2-4 Administrative Svc Coordinator $ 39.00 28% $10.92 $ 49.92 Bid #2-5 Agenda Coordinator $ 35.00 28% $9.80 $ 44.80 Vendor Services Agreement Page 18 of 30 Bid #2-6 Agenda Specialist $ 24.00 28% $6.72 $ 30.72 Bid #2-7 Airport Operations Manager $ 55.00 28% $15.40 $ 70.40 Bid #2-8 Airport Operations Supervisor $ 44.00 28% $12.32 $ 56.32 Bid #2-9 Airport Project Coordinator $ 35.00 28% $9.80 $ 44.80 Bid #2-10 AMI Administrator $ 44.00 28% $12.32 $ 56.32 Bid #2-11 Arborist I $ 24.00 28% $6.72 $ 30.72 Bid #2-12 Arborist II $ 35.00 28% $9.80 $ 44.80 Bid #2-13 Architectural Services Manager $ 55.00 28% $15.40 $ 70.40 Bid #2-14 Asset Management Specialist $ 35.00 28% $9.80 $ 44.80 Bid #2-15 Assistant Aquatics Supervisor $ 24.00 28% $6.72 $ 30.72 Bid #2-16 Assistant Building Official $ 44.00 28% $12.32 $ 56.32 Bid #2-17 Assistant to the City Manager $ 55.00 28% $15.40 $ 70.40 Bid #2-18 Assistant Water Director $ 76.00 28% $21.28 $ 97.28 Bid #2-19 Asst Aviation Director $ 66.00 28% $18.48 $ 84.48 Bid #2-20 Asst City Attorney I $ 44.00 28% $12.32 $ 56.32 Bid #2-21 Asst City Attorney II $ 55.00 28% $15.40 $ 70.40 Bid #2-22 Asst City Attorney/Prosecutor $ 44.00 28% $12.32 $ 56.32 Bid #2-23 Asst City Atty/DFW Airprt Atty $ 55.00 28% $15.40 $ 70.40 Bid #2-24 Asst City Auditor $ 44.00 28% $12.32 $ 56.32 Bid #2-25 Asst City Secretary $ 44.00 28% $12.32 $ 56.32 Bid #2-26 Asst Clerk of the Court $ 35.00 28% $9.80 $ 44.80 Bid #2-27 Asst Code Compliance Dir $ 55.00 28% $15.40 $ 70.40 Bid #2-28 Asst Comm/Public Engagement Dir $ 55.00 28% $15.40 $ 70.40 Bid #2-29 Asst Data Reporting Supv $ 35.00 28% $9.80 $ 44.80 Bid #2-30 Asst Development Services Dir $ 66.00 28% $18.48 $ 84.48 Bid #2-31 Asst Diversity & Inclusion Dir $ 55.00 28% $15.40 $ 70.40 Bid #2-32 Asst Econ Dev Director $ 66.00 28% $18.48 $ 84.48 Bid #2-33 Asst Emergency Mgmt Coordinato $ 35.00 28% $9.80 $ 44.80 Bid #2-34 Asst Environmental Services Dir $ 55.00 28% $15.40 $ 70.40 Bid #2-35 Asst Facilities Superintendent $ 44.00 28% $12.32 $ 56.32 Bid #2-36 Asst Field Operations Supv $ 35.00 28% $9.80 $ 44.80 Bid #2-37 Asst Finance Director $ 66.00 28% $18.48 $ 84.48 Bid #2-38 Asst Fire Director $ 66.00 28% $18.48 $ 84.48 Bid #2-39 Asst Forensic Division Manager $ 55.00 28% $15.40 $ 70.40 Bid #2-40 Asst Golf Professional $ 24.00 28% $6.72 $ 30.72 Bid #2-41 Asst Historic Site Supervisor $ 35.00 28% $9.80 $ 44.80 Bid #2-42 Asst Human Resources Director $ 55.00 28% $15.40 $ 70.40 Bid #2-43 Asst IT Solutions Director $ 66.00 28% $18.48 $ 84.48 Bid #2-44 Asst Library Director $ 55.00 28% $15.40 $ 70.40 Bid #2-45 Asst Municipal Court Svcs Director $ 55.00 28% $15.40 $ 70.40 Bid #2-46 Asst Neighborhood Svcs Dir $ 55.00 28% $15.40 $ 70.40 Bid #2-47 Asst Park/Recreation Director $ 55.00 28% $15.40 $ 70.40 Bid #2-48 Asst Parts/Materials Supv $ 35.00 28% $9.80 $ 44.80 Bid #2-49 Asst Planning/Data Analytics Director $ 55.00 28% $15.40 $ 70.40 Vendor Services Agreement Page 19 of 30 Bid #2-50 Asst Police Director $ 66.00 28% $18.48 $ 84.48 Bid #2-51 Asst Property Mgmt Director $ 55.00 28% $15.40 $ 70.40 Bid #2-52 Asst Pub Facilities/Events Dir $ 55.00 28% $15.40 $ 70.40 Bid #2-53 Asst Public Safety Support Mgr $ 44.00 28% $12.32 $ 56.32 Bid #2-54 Asst TPW Superintendent $ 44.00 28% $12.32 $ 56.32 Bid #2-55 Asst Trans/Public Works Dir $ 66.00 28% $18.48 $ 84.48 Bid #2-56 Asst Water Systems Supt $ 44.00 28% $12.32 $ 56.32 Bid #2-57 Athletic Coordinator $ 35.00 28% $9.80 $ 44.80 Bid #2-58 Audit Manager $ 55.00 28% $15.40 $ 70.40 Bid #2-59 Auditor $ 35.00 28% $9.80 $ 44.80 Bid #2-60 Auto Body Repairer $ 24.00 28% $6.72 $ 30.72 Bid #2-61 Billing & Accounting Manager $ 55.00 28% $15.40 $ 70.40 Bid #2-62 Botanic Garden Superintendent $ 44.00 28% $12.32 $ 56.32 Bid #2-63 Budget Analyst I $ 35.00 28% $9.80 $ 44.80 Bid #2-64 Budget Analyst II $ 44.00 28% $12.32 $ 56.32 Bid #2-65 Budget Manager $ 55.00 28% $15.40 $ 70.40 Bid #2-66 Business Development Manager $ 55.00 28% $15.40 $ 70.40 Bid #2-67 Business Process Analyst I $ 35.00 28% $9.80 $ 44.80 Bid #2-68 Business Process Analyst II $ 44.00 28% $12.32 $ 56.32 Bid #2-69 Buyer IT $ 35.00 28% $9.80 $ 44.80 Bid #2-70 Cable Services Supervisor $ 44.00 28% $12.32 $ 56.32 Bid #2-71 Call Center Analyst $ 35.00 28% $9.80 $ 44.80 Bid #2-72 Capital Projects Manager $ 55.00 28% $15.40 $ 70.40 Bid #2-73 Centralized PD Payroll Coard $ 35.00 28% $9.80 $ 44.80 Bid #2-74 Chemist $ 35.00 28% $9.80 $ 44.80 Bid #2-75 Chief Deputy City Marshal $ 56.00 28% $15.68 $ 71.68 Bid #2-76 Chief Helicopter Pilot $ 54.00 28% $15.12 $ 69.12 Bid #2-77 Chief of Staff $ 76.00 28% $21.28 $ 97.28 Bid #2-78 Chief Prosecutor $ 54.00 28% $15.12 $ 69.12 Bid #2-79 City Forester $ 44.00 28% $12.32 $ 56.32 Bid #2-80 City Marshal $ 54.00 28% $15.12 $ 69.12 Bid #2-81 Clerk Of Municipal Court $ 35.00 28% $9.80 $ 44.80 Bid #2-82 Code Compliance Superintendent $ 44.00 28% $12.32 $ 56.32 Bid #2-83 Code Compliance Supervisor $ 35.00 28% $9.80 $ 44.80 Bid #2-84 Code Compliance Technician $ 24.00 28% $6.72 $ 30.72 Bid #2-85 Combination Inspector $ 35.00 28% $9.80 $ 44.80 Bid #2-86 Communication Coordinator $ 35.00 28% $9.80 $ 44.80 Bid #2-87 Communications Specialist $ 35.00 28% $9.80 $ 44.80 Bid #2-88 Community Center Aide $ 6.00 28% $1.68 $ 7.68 Bid #2-89 Community Center Coordinator $ 35.00 28% $9.80 $ 44.80 Bid #2-90 Community Center Supervisor $ 44.00 28% $12.32 $ 56.32 Bid #2-91 Community Services Manager $ 54.00 28% $15.12 $ 69.12 Bid #2-92 Compliance and Planning Manager $ 54.00 28% $15.12 $ 69.12 Bid #2-93 Computer Forensic Examiner $ 44.00 28% $12.32 $ 56.32 Bid #2-94 Conservation Specialist $ 35.00 28% $9.80 $ 44.80 Bid #2-95 Construction Inspection Supv $ 44.00 28% $12.32 $ 56.32 Vendor Services Agreement Page 20 of 30 Bid #2-96 Construction Inspector I $ 24.00 28% $6.72 $ 30.72 Bid #2-97 Construction Inspector II $ 35.00 28% $9.80 $ 44.80 Bid #2-98 Construction Manager $ 54.00 28% $15.12 $ 69.12 Bid #2-99 Construction Superintendent $ 44.00 28% $12.32 $ 56.32 Bid #2-100 Consumer Health Specialist $ 35.00 28% $9.80 $ 44.80 Bid #2-101 Contract Services Admin $ 54.00 28% $15.12 $ 69.12 Bid #2-102 Courier $ 24.00 28% $6.72 $ 30.72 Bid #2-103 Crime Analyst $ 35.00 28% $9.80 $ 44.80 Bid #2-104 Crime Lab Qa Coordinator $ 44.00 28% $12.32 $ 56.32 Bid #2-105 Criminal Intelligence Analyst $ 35.00 28% $9.80 $ 44.80 Bid #2-106 Cross Connection Tech Supv $ 35.00 28% $9.80 $ 44.80 Bid #2-107 Cross Connection Technician $ 24.00 28% $6.72 $ 30.72 Bid #2-108 Customer Service Administrator $ 54.00 28% $15.12 $ 69.12 Bid #2-109 Customer Service Info Spec $ 35.00 28% $9.80 $ 44.80 Bid #2-110 Customer Service Manager $ 44.00 28% $12.32 $ 56.32 Bid #2-111 Customer Service Rep I $ 24.00 28% $6.72 $ 30.72 Bid #2-112 Customer Service Rep II $ 35.00 28% $9.80 $ 44.80 Bid #2-113 Customer Service Supervisor $ 35.00 28% $9.80 $ 44.80 Bid #2-114 Customer Solutions Analyst $ 35.00 28% $9.80 $ 44.80 Bid #2-115 Data Analytics Manager $ 54.00 28% $15.12 $ 69.12 Bid #2-116 Data Reporting Supervisor $ 44.00 28% $12.32 $ 56.32 Bid #2-117 Data Science Analyst I $ 35.00 28% $9.80 $ 44.80 Bid #2-118 Data Science Analyst II $ 44.00 28% $12.32 $ 56.32 Bid #2-119 Database Administrator $ 44.00 28% $12.32 $ 56.32 Bid #2-120 Deputy Chief of Staff $ 66.00 28% $18.48 $ 84.48 Bid #2-121 Deputy City Attorney $ 66.00 28% $18.48 $ 84.48 Bid #2-122 Deputy Court Clerk $ 24.00 28% $6.72 $ 30.72 Bid #2-123 Development Inspection Spclst $ 35.00 28% $9.80 $ 44.80 Bid #2-124 Development Inspection Supv $ 44.00 28% $12.32 $ 56.32 Bid #2-125 Development Project Coord $ 44.00 28% $12.32 $ 56.32 Bid #2-126 Development Support Administra $ 54.00 28% $15.12 $ 69.12 Bid #2-127 District Superintendent $ 54.00 28% $15.12 $ 69.12 Bid #2-128 Diversity and Inclusion Mgr $ 54.00 28% $15.12 $ 69.12 Bid #2-129 Economic Development Coordinator $ 44.00 28% $12.32 $ 56.32 Bid #2-130 Economic Development Manager $ 54.00 28% $15.12 $ 69.12 Bid #2-131 Economic Development Spec $ 35.00 28% $9.80 $ 44.80 Bid #2-132 Education Strategy Manager $ 54.00 28% $15.12 $ 69.12 Bid #2-133 Electronics Technician $ 35.00 28% $9.80 $ 44.80 Bid #2-134 Emergency Management Coord $ 44.00 28% $12.32 $ 56.32 Bid #2-135 Emergency Management Officer I $ 35.00 28% $9.80 $ 44.80 Bid #2-136 Emergency Mgmt Officer II $ 44.00 28% $12.32 $ 56.32 Bid #2-137 Emergency Ops Center Tech $ 35.00 28% $9.80 $ 44.80 Bid #2-138 Employee Labor Relations Mgr $ 54.00 28% $15.12 $ 69.12 Bid #2-139 Energy Compliance Analyst $ 35.00 28% $9.80 $ 44.80 Bid #2-140 Energy Manager $ 54.00 28% $15.12 $ 69.12 Vendor Services Agreement Page 21 of 30 Bid #2-146 Environmental Program Manager $ 54.00 28% $15.12 $ 69.12 Bid #2-147 Environmental Specialist $ 38.00 28% $10.64 $ 48.64 Bid #2-148 Environmental Supervisor $ 48.00 28% $13.44 $ 61.44 Bid #2-149 Environmental Technician $ 33.00 28% $9.24 $ 42.24 Bid #2-150 Equine Care Specialist $ 29.00 28% $8.12 $ 37.12 Bid #2-151 Equipment Operator $ 21.00 28% $5.88 $ 26.88 Bid #2-152 Equipment Operator Trainee $ 16.00 28% $4.48 $ 20.48 Bid #2-153 Facilities Planner $ 36.00 28% $10.08 $ 46.08 Bid #2-154 Facilities Superintendent $ 41.00 28% $11.48 $ 52.48 Bid #2-155 Facilities Supervisor $ 31.00 28% $8.68 $ 39.68 Bid #2-156 FD Protection Specialist $ 29.00 28% $8.12 $ 37.12 Bid #2-157 Field Operations Crewleader $ 31.00 28% $8.68 $ 39.68 Bid #2-158 Field Operations Supervisor $ 39.00 28% $10.92 $ 49.92 Bid #2-159 Field Operations Supt $ 41.00 28% $11.48 $ 52.48 Bid #2-160 Field Services Representative $ 26.00 28% $7.28 $ 33.28 Bid #2-161 Financial Payroll Administrator $ 36.00 28% $10.08 $ 46.08 Bid #2-162 Financial Payroll Analyst $ 33.00 28% $9.24 $ 42.24 Bid #2-163 Financial Payroll Coordinator $ 29.00 28% $8.12 $ 37.12 Bid #2-164 Financial Reporting Coord $ 39.00 28% $10.92 $ 49.92 Bid #2-165 Financial Services Manager $ 51.00 28% $14.28 $ 65.28 Bid #2-166 Fleet Analyst $ 33.00 28% $9.24 $ 42.24 Bid #2-167 Fleet Coordinator $ 36.00 28% $10.08 $ 46.08 Bid #2-168 Fleet Crewleader $ 31.00 28% $8.68 $ 39.68 Bid #2-169 Fleet Mechanic I $ 26.00 28% $7.28 $ 33.28 Bid #2-170 Fleet Mechanic II $ 29.00 28% $8.12 $ 37.12 Bid #2-171 Fleet Superintendent $ 41.00 28% $11.48 $ 52.48 Bid #2-172 Fleet Supervisor $ 39.00 28% $10.92 $ 49.92 Bid #2-173 Food & Beverage Coordinator $ 26.00 28% $7.28 $ 33.28 Bid #2-174 Forensic Division Manager $ 51.00 28% $14.28 $ 65.28 Bid #2-175 Forensic Scientist I $ 31.00 28% $8.68 $ 39.68 Bid #2-176 Forensic Scientist II $ 36.00 28% $10.08 $ 46.08 Bid #2-177 Forensic Scientist III $ 41.00 28% $11.48 $ 52.48 Bid #2-178 Forensic Scientist IV $ 46.00 28% $12.88 $ 58.88 Bid #2-179 Forensic Supervisor $ 51.00 28% $14.28 $ 65.28 Bid #2-180 Garden Center Coordinator $ 26.00 28% $7.28 $ 33.28 Bid #2-181 Gardener $ 16.00 28% $4.48 $ 20.48 Bid #2-182 Gas Lease Analyst $ 36.00 28% $10.08 $ 46.08 Bid #2-183 Gas Well Inspector $ 41.00 28% $11.48 $ 52.48 Bid #2-184 Gas Well Manager $ 56.00 28% $15.68 $ 71.68 Bid #2-185 Golf Professional $ 33.00 28% $9.24 $ 42.24 Bid #2-186 Golf Shop Attendant $ 11.00 28% $3.08 $ 14.08 Bid #2-187 Governmental Affairs Liaison $ 51.00 28% $14.28 $ 65.28 Bid #2-189 Grants Manager $ 41.00 28% $11.48 $ 52.48 Bid #2-190 Grants Specialist $ 33.00 28% $9.24 $ 42.24 Bid #2-191 Greenhouse Attendant $ 13.00 28% $3.64 $ 16.64 Bid #2-192 Greenspace Initiatives Mgr $ 46.00 28% $12.88 $ 58.88 Vendor Services Agreement Page 22 of 30 Bid #2-193 Ground Transportation Coord $ 33.00 28% $9.24 $ 42.24 Bid #2-194 Helicopter Mechanic $ 49.00 28% $13.72 $ 62.72 Bid #2-195 Helicopter Pilot $ 71.00 28% $19.88 $ 90.88 Bid #2-196 Historic Site Supervisor $ 33.00 28% $9.24 $ 42.24 Bid #2-197 Housing Development Manager $ 46.00 28% $12.88 $ 58.88 Bid #2-198 Housing Program Supervisor $ 36.00 28% $10.08 $ 46.08 Bid #2-199 Housing Rehabilitation Tech I $ 29.00 28% $8.12 $ 37.12 Bid #2-200 Housing Rehabilitation Tech II $ 34.00 28% $9.52 $ 43.52 Bid #2-201 HR Business Partner $ 41.00 28% $11.48 $ 52.48 Bid #2-202 HRIS Manager $ 51.00 28% $14.28 $ 65.28 Bid #2-203 HRIS Specialist $ 33.00 28% $9.24 $ 42.24 Bid #2-204 Human Relations Administrator $ 41.00 28% $11.48 $ 52.48 Bid #2-205 Human Relations Coordinator $ 31.00 28% $8.68 $ 39.68 Bid #2-206 Human Relations Investigator $ 36.00 28% $10.08 $ 46.08 Bid #2-207 Human Relations Manager $ 51.00 28% $14.28 $ 65.28 Bid #2-208 Human Resources Analyst $ 36.00 28% $10.08 $ 46.08 Bid #2-209 Human Resources Coordinator $ 29.00 28% $8.12 $ 37.12 Bid #2-210 Human Resources Manager $ 51.00 28% $14.28 $ 65.28 Bid #2-211 Human Services Coordinator $ 33.00 28% $9.24 $ 42.24 Bid #2-212 Human Services Manager $ 46.00 28% $12.88 $ 58.88 Bid #2-213 Human Services Specialist $ 26.00 28% $7.28 $ 33.28 Bid #2-214 Infrastructure QC Specialist $ 39.00 28% $10.92 $ 49.92 Bid #2-215 Instrumentation/Elect Apprentice I $ 26.00 28% $7.28 $ 33.28 Bid #2-216 Instrumentation/Elect Apprentice II $ 29.00 28% $8.12 $ 37.12 Bid #2-217 Instrumentation/Elect Supv $ 46.00 28% $12.88 $ 58.88 Bid #2-218 Instrumentation/Elect Tech I $ 31.00 28% $8.68 $ 39.68 Bid #2-219 Instrumentation/Elect Tech II $ 36.00 28% $10.08 $ 46.08 Bid #2-220 Intergovernmental Relations Manager $ 56.00 28% $15.68 $ 71.68 Bid #2-221 IT Auditor $ 41.00 28% $11.48 $ 52.48 Bid #2-222 IT Business Planner I $ 36.00 28% $10.08 $ 46.08 Bid #2-223 IT Business Planner II $ 41.00 28% $11.48 $ 52.48 Bid #2-224 IT Business Systems Coordinator $ 46.00 28% $12.88 $ 58.88 Bid #2-225 IT Change Management Analyst $ 46.00 28% $12.88 $ 58.88 Bid #2-226 IT Help Desk Technician $ 23.00 28% $6.44 $ 29.44 Bid #2-227 IT Information Security Anlyst $ 46.00 28% $12.88 $ 58.88 Bid #2-228 IT Operations Specialist $ 36.00 28% $10.08 $ 46.08 Bid #2-229 IT PC Support Specialist $ 26.00 28% $7.28 $ 33.28 Bid #2-230 IT Programmer/Analyst I $ 36.00 28% $10.08 $ 46.08 Bid #2-231 IT Programmer/Analyst II $ 46.00 28% $12.88 $ 58.88 Bid #2-232 IT Project Consultant $ 56.00 28% $15.68 $ 71.68 Bid #2-233 IT Services Specialist $ 31.00 28% $8.68 $ 39.68 Bid #2-234 IT Solutions Architect $ 61.00 28% $17.08 $ 78.08 Bid #2-235 IT Solutions Manager $ 66.00 28% $18.48 $ 84.48 Bid #2-236 IT Solutions Project Coordinator I $ 36.00 28% $10.08 $ 46.08 Vendor Services Agreement Page 23 of 30 Bid #2-237 IT Solutions Project Coordinator II $ 46.00 28% $12.88 $ 58.88 Bid #2-238 IT Solutions Project Manager $ 56.00 28% $15.68 $ 71.68 Bid #2-239 IT Solutions Supervisor $ 51.00 28% $14.28 $ 65.28 Bid #2-240 IT Tech Support Analyst I $ 26.00 28% $7.28 $ 33.28 Bid #2-241 IT Tech Support Analyst TT $ 36.00 28% $10.08 $ 46.08 Bid #2-242 Jury Coordinator $ 26.00 28% $7.28 $ 33.28 Bid #2-243 Laboratory Supervisor $ 41.00 28% $11.48 $ 52.48 Bid #2-244 Land Agent $ 39.00 28% $10.92 $ 49.92 Bid #2-247 Latent Print Supervisor $ 51.00 28% $14.28 $ 65.28 Bid #2-248 Lean Administrator $ 46.00 28% $12.88 $ 58.88 Bid #2-249 Lease Manager $ 41.00 28% $11.48 $ 52.48 Bid #2-250 Librarian $ 31.00 28% $8.68 $ 39.68 Bid #2-251 Librarian Manager $ 46.00 28% $12.88 $ 58.88 Bid #2-252 Librarian Supervisor $ 41.00 28% $11.48 $ 52.48 Bid #2-253 Library Assistant $ 16.00 28% $4.48 $ 20.48 Bid #2-254 Library Page $ 19.00 28% $5.32 $ 24.32 Bid #2-255 Maintenance Worker $ 23.00 28% $6.44 $ 29.44 Bid #2-256 Management Analyst II $ 41.00 28% $11.48 $ 52.48 Bid #2-257 Management Analyst T $ 46.00 28% $12.88 $ 58.88 Bid #2-258 Media Services Specialist $ 31.00 28% $8.68 $ 39.68 Bid #2-259 Meter Services Technician I $ 21.00 28% $5.88 $ 26.88 Bid #2-260 Meter Services Technician II $ 29.00 28% $8.12 $ 37.12 Bid #2-261 Microbiologist $ 41.00 28% $11.48 $ 52.48 Bid #2-262 Municipal Court Clerk I $ 16.00 28% $4.48 $ 20.48 Bid #2-263 Municipal Court Clerk II $ 23.00 28% $6.44 $ 29.44 Bid #2-264 Natural Resource Technician $ 26.00 28% $7.28 $ 33.28 Bid #2-265 Natural Scientist $ 41.00 28% $11.48 $ 52.48 Bid #2-266 Natural Scientist Supervisor $ 51.00 28% $14.28 $ 65.28 Bid #2-267 Nature Center Manager $ 46.00 28% $12.88 $ 58.88 Bid #2-268 Neighborhood Develop Spec $ 31.00 28% $8.68 $ 39.68 Bid #2-269 Neighborhood Prgm Coordinator $ 36.00 28% $10.08 $ 46.08 Bid #2-270 Neighborhood Services Manager $ 51.00 28% $14.28 $ 65.28 Bid #2-271 Neighborhood Develop Coard $ 33.00 28% $9.24 $ 42.24 Bid #2-272 Neighborhood Develop Manager $ 49.00 28% $13.72 $ 62.72 Bid #2-273 Operation and Maintenance Tech $ 31.00 28% $8.68 $ 39.68 Bid #2-274 Park Planner $ 39.00 28% $10.92 $ 49.92 Bid #2-275 Parking Meter Technician I $ 19.00 28% $5.32 $ 24.32 Bid #2-276 Parking Meter Technician II $ 26.00 28% $7.28 $ 33.28 Bid #2-277 Parking Operations Manager $ 46.00 28% $12.88 $ 58.88 Bid #2-278 Parts Expediter $ 21.00 28% $5.88 $ 26.88 Bid #2-279 Parts/Materials Supervisor $ 36.00 28% $10.08 $ 46.08 Bid #2-280 Payroll Specialist $ 31.00 28% $8.68 $ 39.68 Bid #2-281 Payroll Specialist Coordinator $ 36.00 28% $10.08 $ 46.08 Bid #2-282 Payroll Specialist Supervisor $ 41.00 28% $11.48 $ 52.48 Bid #2-283 PeopleSoft Developer $ 56.00 28% $15.68 $ 71.68 Bid #2-284 PeopleSoft Systems Admin $ 61.00 28% $17.08 $ 78.08 Vendor Services Agreement Page 24 of 30 Bid #2-285 Perfonnance Manager $ 51.00 28% $14.28 $ 65.28 Bid #2-286 Performance Administrator $ 46.00 28% $12.88 $ 58.88 Bid #2-287 Performance Analyst $ 41.00 28% $11.48 $ 52.48 Bid #2-288 Pesticide Applicator $ 26.00 28% $7.28 $ 33.28 Bid #2-289 Planner II $ 36.00 28% $10.08 $ 46.08 Bid #2-290 Planner T $ 46.00 28% $12.88 $ 58.88 Bid #2-291 Planner-Scheduler $ 39.00 28% $10.92 $ 49.92 Bid #2-292 Planning Assistant $ 23.00 28% $6.44 $ 29.44 Bid #2-293 Planning Manager $ 56.00 28% $15.68 $ 71.68 Bid #2-294 Plans Examiner $ 41.00 28% $11.48 $ 52.48 Bid #2-295 Plans Examiner Supervisor $ 51.00 28% $14.28 $ 65.28 Bid #2-296 Police Employment Services Mgr $ 49.00 28% $13.72 $ 62.72 Bid #2-297 Police Employment Specialist $ 31.00 28% $8.68 $ 39.68 Bid #2-298 Police Oversight Deputy Direct $ 56.00 28% $15.68 $ 71.68 Bid #2-299 Police Public Information Ofer $ 41.00 28% $11.48 $ 52.48 Bid #2-300 Process Control Systems Spc $ 46.00 28% $12.88 $ 58.88 Bid #2-302 Program Coordinator $ 41.00 28% $11.48 $ 52.48 Bid #2-303 Program Support Division Admin $ 46.00 28% $12.88 $ 58.88 Bid #2-304 Project Controls Specialist II $ 51.00 28% $14.28 $ 65.28 Bid #2-305 Property & Casualty Adjuster I $ 31.00 28% $8.68 $ 39.68 Bid #2-306 Property & Casualty Manager $ 56.00 28% $15.68 $ 71.68 Bid #2-307 Property &Casualty Adjuster II $ 41.00 28% $11.48 $ 52.48 Bid #2-308 Property Control Attendant $ 21.00 28% $5.88 $ 26.88 Bid #2-309 Property Control Specialist $ 31.00 28% $8.68 $ 39.68 Bid #2-310 Property Control Supervisor $ 39.00 28% $10.92 $ 49.92 Bid #2-311 Protective Gear Specialist $ 26.00 28% $7.28 $ 33.28 Bid #2-312 Public Education Prgm Coord $ 36.00 28% $10.08 $ 46.08 Bid #2-313 Public Education Specialist $ 31.00 28% $8.68 $ 39.68 Bid #2-314 Public Events Attendant $ 16.00 28% $4.48 $ 20.48 Bid #2-315 Public Information Coordinator $ 41.00 28% $11.48 $ 52.48 Bid #2-316 Public Information Specialist $ 36.00 28% $10.08 $ 46.08 Bid #2-317 Public Safety Support Manager $ 51.00 28% $14.28 $ 65.28 Bid #2-318 Purchasing Manager $ 56.00 28% $15.68 $ 71.68 Bid #2-319 Purchasing Supervisor $ 46.00 28% $12.88 $ 58.88 Bid #2-320 Quality Control Specialist $ 39.00 28% $10.92 $ 49.92 Bid #2-321 Quality Improvement Specialist $ 46.00 28% $12.88 $ 58.88 Bid #2-322 Real Property Manager $ 56.00 28% $15.68 $ 71.68 Bid #2-323 Records Administrator $ 41.00 28% $11.48 $ 52.48 Bid #2-324 Records Analyst $ 33.00 28% $9.24 $ 42.24 Bid #2-325 Records and Infor Mgt Officer $ 46.00 28% $12.88 $ 58.88 Bid #2-326 Recreation Programmer $ 31.00 28% $8.68 $ 39.68 Bid #2-327 Regional Librarian Supervisor $ 41.00 28% $11.48 $ 52.48 Bid #2-328 Registered Architect $ 56.00 28% $15.68 $ 71.68 Bid #2-329 Regulatory/Environmental Admin $ 51.00 28% $14.28 $ 65.28 Bid #2-330 Safety Administrator $ 46.00 28% $12.88 $ 58.88 Bid #2-331 Safety Coordinator $ 36.00 28% $10.08 $ 46.08 Vendor Services Agreement Page 25 of 30 Bid #2-332 Safety Officer $ 41.00 28% $11.48 $ 52.48 Bid #2-333 Sales and Events Manager $ 46.00 28% $12.88 $ 58.88 Bid #2-334 Sales Associate $ 16.00 28% $4.48 $ 20.48 Bid #2-335 School Crossing Guard Pgm Mgr $ 31.00 28% $8.68 $ 39.68 Bid #2-336 Security Coordinator $ 36.00 28% $10.08 $ 46.08 Bid #2-337 Security Systems Technician $ 41.00 28% $11.48 $ 52.48 Bid #2-338 Signal Systems Crewleader $ 39.00 28% $10.92 $ 49.92 Bid #2-339 Signal Systems Supervisor $ 46.00 28% $12.88 $ 58.88 Bid #2-340 Signal Systems Technician I $ 31.00 28% $8.68 $ 39.68 Bid #2-341 Signal Systems Technician II $ 36.00 28% $10.08 $ 46.08 Bid #2-342 Signs and Markings Technician I $ 26.00 28% $7.28 $ 33.28 Bid #2-343 Signs and Markings Technician TT $ 31.00 28% $8.68 $ 39.68 Bid #2-344 Signs Fabricator $ 29.00 28% $8.12 $ 37.12 Bid #2-345 Skilled Trades Technician I $ 26.00 28% $7.28 $ 33.28 Bid #2-346 Skilled Trades Technician II $ 33.00 28% $9.24 $ 42.24 Bid #2-347 Sports Field Monitor $ 21.00 28% $5.88 $ 26.88 Bid #2-348 Sr Account Technician $ 36.00 28% $10.08 $ 46.08 Bid #2-350 Sr Administrative Asst $ 33.00 28% $9.24 $ 42.24 Bid #2-351 Sr Administrative Services Mgr $ 51.00 28% $14.28 $ 65.28 Bid #2-352 Sr Arborist $ 41.00 28% $11.48 $ 52.48 Bid #2-353 Sr Assistant City Attorney $ 61.00 28% $17.08 $ 78.08 Bid #2-354 Sr Asst City Attny Sect Chief $ 71.00 28% $19.88 $ 90.88 Bid #2-355 Sr Auditor $ 46.00 28% $12.88 $ 58.88 Bid #2-356 Sr Auto Body Repairer $ 36.00 28% $10.08 $ 46.08 Bid #2-357 Sr Budget Analyst $ 46.00 28% $12.88 $ 58.88 Bid #2-358 Sr Business Process Analyst $ 51.00 28% $14.28 $ 65.28 Bid #2-359 Sr Buyer $ 41.00 28% $11.48 $ 52.48 Bid #2-360 Sr Capital Projects Officer $ 56.00 28% $15.68 $ 71.68 Bid #2-361 Sr Chemist $ 46.00 28% $12.88 $ 58.88 Bid #2-362 Sr Combination Inspector $ 41.00 28% $11.48 $ 52.48 Bid #2-363 Sr Construction Inspector $ 46.00 28% $12.88 $ 58.88 Bid #2-364 Sr Consumer Health Specialist $ 41.00 28% $11.48 $ 52.48 Bid #2-365 Sr Contract Compliance Spec $ 46.00 28% $12.88 $ 58.88 Bid #2-366 Sr Crime Analyst $ 46.00 28% $12.88 $ 58.88 Bid #2-367 Sr Customer Service Rep $ 31.00 28% $8.68 $ 39.68 Bid #2-368 Sr Data Reporting Technician $ 36.00 28% $10.08 $ 46.08 Bid #2-369 Sr Data Science Analyst $ 56.00 28% $15.68 $ 71.68 Bid #2-370 Sr Develop Project Facilitator $ 46.00 28% $12.88 $ 58.88 Bid #2-371 Sr Emergency Management Officer $ 51.00 28% $14.28 $ 65.28 Bid #2-373 Sr Environmental Specialist $ 46.00 28% $12.88 $ 58.88 Bid #2-374 Sr Equipment Operator $ 36.00 28% $10.08 $ 46.08 Bid #2-375 Sr Executive Asst to City Mgmt $ 51.00 28% $14.28 $ 65.28 Bid #2-376 Sr Facilities Planner $ 46.00 28% $12.88 $ 58.88 Bid #2-377 Sr Field Services Representative $ 41.00 28% $11.48 $ 52.48 Vendor Services Agreement Page 26 of 30 Bid #2-378 Sr Financial Reporting Analyst $ 51.00 28% $14.28 $ 65.28 Bid #2-379 Sr Fleet Mechanic $ 41.00 28% $11.48 $ 52.48 Bid #2-380 Sr Food & Beverage Attendant $ 21.00 28% $5.88 $ 26.88 Bid #2-381 Sr Gardener $ 26.00 28% $7.28 $ 33.28 Bid #2-382 Sr Golf Shop Attendant $ 16.00 28% $4.48 $ 20.48 Bid #2-383 Sr Graphic Artist $ 41.00 28% $11.48 $ 52.48 Bid #2-384 Sr Human Rel Investigator $ 46.00 28% $12.88 $ 58.88 Bid #2-385 Sr Human Resources Analyst $ 46.00 28% $12.88 $ 58.88 Bid #2-386 Sr Human Services Specialist $ 36.00 28% $10.08 $ 46.08 Bid #2-387 Sr Instrumentation/Elect Tech $ 46.00 28% $12.88 $ 58.88 Bid #2-388 Sr IT Business Planner $ 56.00 28% $15.68 $ 71.68 Bid #2-389 Sr IT Communications Tech $ 46.00 28% $12.88 $ 58.88 Bid #2-390 Sr IT Help Desk Technician $ 31.00 28% $8.68 $ 39.68 Bid #2-391 Sr IT Info Security Analyst $ 56.00 28% $15.68 $ 71.68 Bid #2-392 Sr IT Operations Specialist $ 46.00 28% $12.88 $ 58.88 Bid #2-393 Sr IT Programmer/Analyst $ 56.00 28% $15.68 $ 71.68 Bid #2-394 Sr IT Solutions Manager $ 66.00 28% $18.48 $ 84.48 Bid #2-395 Sr IT Solutions Project Manager $ 61.00 28% $17.08 $ 78.08 Bid #2-396 Sr IT Tech Support Analyst $ 41.00 28% $11.48 $ 52.48 Bid #2-397 Sr IT Telecommunications Technician $ 46.00 28% $12.88 $ 58.88 Bid #2-398 Sr Land Agent $ 46.00 28% $12.88 $ 58.88 Bid #2-399 Sr Legal Assistant $ 36.00 28% $10.08 $ 46.08 Bid #2-400 Sr Librarian $ 41.00 28% $11.48 $ 52.48 Bid #2-401 Sr Loan Services Rep $ 36.00 28% $10.08 $ 46.08 Bid #2-402 Sr Maintenance Worker $ 26.00 28% $7.28 $ 33.28 Bid #2-403 Sr Management Analyst $ 46.00 28% $12.88 $ 58.88 Bid #2-404 Sr Meter Services Technician $ 36.00 28% $10.08 $ 46.08 Bid #2-405 Sr Microbiologist $ 46.00 28% $12.88 $ 58.88 Bid #2-406 Sr Municipal Court Clerk $ 31.00 28% $8.68 $ 39.68 Bid #2-407 Sr PeopleSoft Developer $ 61.00 28% $17.08 $ 78.08 Bid #2-408 Sr PeopleSoft Systems Admin $ 66.00 28% $18.48 $ 84.48 Bid #2-409 Sr Planner $ 51.00 28% $14.28 $ 65.28 Bid #2-410 Sr Plans Examiner $ 46.00 28% $12.88 $ 58.88 Bid #2-412 Sr Project Controls Specialist $ 56.00 28% $15.68 $ 71.68 Bid #2-413 Sr Property Control Specialist $ 39.00 28% $10.92 $ 49.92 Bid #2-414 Sr Property&Casualty Adjuster $ 51.00 28% $14.28 $ 65.28 Bid #2-415 Sr Public Events Manager $ 56.00 28% $15.68 $ 71.68 Bid #2-416 Sr Public Information Specialist $ 46.00 28% $12.88 $ 58.88 Bid #2-417 Sr Purchasing Manager $ 61.00 28% $17.08 $ 78.08 Bid #2-418 Sr Quality Control Special $ 46.00 28% $12.88 $ 58.88 Bid #2-419 Sr Records Analyst $ 46.00 28% $12.88 $ 58.88 Bid #2-420 Sr Recreation Programmer $ 41.00 28% $11.48 $ 52.48 Bid #2-421 Sr Sales and Events Manager $ 56.00 28% $15.68 $ 71.68 Bid #2-422 Sr Skilled Trades Technician $ 46.00 28% $12.88 $ 58.88 Bid #2-423 Sr Survey Technician $ 41.00 28% $11.48 $ 52.48 Vendor Services Agreement Page 27 of 30 Bid #2-424 Sr Turbine Operator $ 51.00 28% $14.28 $ 65.28 Bid #2-425 Sr Utility Rate Analyst $ 56.00 28% $15.68 $ 71.68 Bid #2-426 Sr Victim Asst Specialist $ 41.00 28% $11.48 $ 52.48 Bid #2-427 Sr Water Dispatch Representative $ 39.00 28% $10.92 $ 49.92 Bid #2-428 Sr Water Systems Mechanic $ 46.00 28% $12.88 $ 58.88 Bid #2-429 Sr Water Systems Technician $ 46.00 28% $12.88 $ 58.88 Bid #2-430 Stagehand $ 21.00 28% $5.88 $ 26.88 Bid #2-431 Stagehand Crewleader $ 31.00 28% $8.68 $ 39.68 Bid #2-432 Stock Clerk $ 16.00 28% $4.48 $ 20.48 Bid #2-433 Strategic Initiatives Manager $ 61.00 28% $17.08 $ 78.08 Bid #2-434 Survey Superintendent $ 56.00 28% $15.68 $ 71.68 Bid #2-435 Survey Technician $ 31.00 28% $8.68 $ 39.68 Bid #2-436 Systems Administrator $ 51.00 28% $14.28 $ 65.28 Bid #2-437 Technical Services Coordinator $ 41.00 28% $11.48 $ 52.48 Bid #2-438 Teen Court Coordinator $ 33.00 28% $9.24 $ 42.24 Bid #2-439 TPW Superintendent $ 56.00 28% $15.68 $ 71.68 Bid #2-440 Traffic Services Worker $ 26.00 28% $7.28 $ 33.28 Bid #2-441 Traffic Systems Crewleader $ 39.00 28% $10.92 $ 49.92 Bid #2-442 Traffic Systems Supervisor $ 46.00 28% $12.88 $ 58.88 Bid #2-443 Traffic Systems Technician I $ 31.00 28% $8.68 $ 39.68 Bid #2-444 Traffic Systems Technician II $ 36.00 28% $10.08 $ 46.08 Bid #2-445 Training Specialist $ 41.00 28% $11.48 $ 52.48 Bid #2-446 Translator $ 26.00 28% $7.28 $ 33.28 Bid #2-447 Transportation Manager $ 61.00 28% $17.08 $ 78.08 Bid #2-448 Treasury Supervisor $ 46.00 28% $12.88 $ 58.88 Bid #2-449 TT Communications Technician $ 33.00 28% $9.24 $ 42.24 Bid #2-450 Turbine Operator $ 46.00 28% $12.88 $ 58.88 Bid #2-451 Utility Line Crewleader $ 41.00 28% $11.48 $ 52.48 Bid #2-452 Utility Line Technician $ 36.00 28% $10.08 $ 46.08 Bid #2-453 Utility Operations Specialist $ 46.00 28% $12.88 $ 58.88 Bid #2-454 Veterans Affairs Officer $ 41.00 28% $11.48 $ 52.48 Bid #2-455 Veterinarian $ 66.00 28% $18.48 $ 84.48 Bid #2-456 Veterinary Technician $ 26.00 28% $7.28 $ 33.28 Bid #2-457 Victim Assistance Coordinator $ 41.00 28% $11.48 $ 52.48 Bid #2-458 Victim Assistance Specialist $ 31.00 28% $8.68 $ 39.68 Bid #2-459 Video Producer/Director $ 46.00 28% $12.88 $ 58.88 Bid #2-460 Volunteer Coordinator $ 31.00 28% $8.68 $ 39.68 Bid #2-461 Volunteer Services Coordinator $ 33.00 28% $9.24 $ 42.24 Bid #2-462 Warrant/Identification Supv $ 38.00 28% $10.64 $ 48.64 Bid #2-463 Water Conservation Manager $ 51.00 28% $14.28 $ 65.28 Bid #2-464 Water Customer Relations Mgr $ 46.00 28% $12.88 $ 58.88 Bid #2-465 Water Dispatch Representative $ 36.00 28% $10.08 $ 46.08 Bid #2-466 Water Field Operations Crewleader $ 41.00 28% $11.48 $ 52.48 Bid #2-467 Water Quality Manager $ 48.00 28% $13.44 $ 61.44 Bid #2-468 Water Systems Mechanic I $ 31.00 28% $8.68 $ 39.68 Vendor Services Agreement Page 28 of 30 Bid #2-469 Water Systems Mechanic II $ 36.00 28% $10.08 $ 46.08 Bid #2-470 Water Systems Sampler $ 26.00 28% $7.28 $ 33.28 Bid #2-471 Water Systems Specialist $ 41.00 28% $11.48 $ 52.48 Bid #2-472 Water Systems Superintendent $ 56.00 28% $15.68 $ 71.68 Bid #2-473 Water Systems Supv $ 41.00 28% $11.48 $ 52.48 Bid #2-474 Water Systems Technician I $ 31.00 28% $8.68 $ 39.68 Bid #2-475 Water Systems Technician II $ 36.00 28% $10.08 $ 46.08 Vendor Services Agreement Page 29 of 30 EXHIBIT C STATEMENT OF WORK Vendor Services Agreement Page 30 of 30 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA Create New From This M&C DATE:6/24/2025 REFERENCE NO.: **M&C 25- 0580 LOG NAME: 13PP RFP 25-0082 TEMPORARY STAFFING SERVICES DM HRD CODE:P TYPE:CONSENT PUBLIC HEARING:NO SUBJECT: (ALL) Authorize Execution of Non-Exclusive Agreements with Smith Temporaries, Inc. dba CornerStone Staffing, Compunnel Software Group, Inc., Openwork LLC, TRYFACTA, Inc., and 22nd Century Technologies, Inc. for a Three-Year Initial Term and Two Two-Year Renewal Options in a Combined Annual Amount Up to the Listed Identified Amounts for Temporary Staffing Services for All City Departments RECOMMENDATION: It is recommended that the City Council authorize execution of non-exclusive agreements with Smith Temporaries, Inc. dba CornerStone Staffing, Compunnel Software Group, Inc., Openwork LLC, TRYFACTA, INC., and 22nd Century Technologies, Inc. for a three-year initial term and two two-year renewal options in a combined annual amount up to the listed identified amounts for temporary staffing services for all City departments. DISCUSSION: This Mayor & Council Communication requests City Council authority to execute non-exclusive agreements for temporary staffing services with Smith Temporaries, Inc. dba CornerStone Staffing, Compunnel Software Group, Inc., Openwork LLC, TRYFACTA, INC., and 22nd Century Technologies, Inc. for a three-year initial term and two two-year renewal options in a combined annual amount up to the listed identified amounts below: The Human Resources Department approached the Purchasing Division to solicit a bid for temporary staffing services in the general categories of clerical, management, professional, service trades, technical/para professional, and assistant department director. These services will be used by various City departments. Purchasing issued Request for Proposal (RFP) No. 25-0082 for Temporary Staffing Services which consisted of detailed specifications of the City's standards and requirements. The RFP was advertised in the Fort Worth Star-Telegram on February 26, 2025, March 05, 2025, March 12, 2025, March 19, 2025, March 26, 2025, and April 02, 2025. The City received a total of seventy four (74) responses: Smith Temporaries, Inc. dba Cornerstone Staffing, Compunnel Software Group, Inc., Openwork LLC, TRYFACTA, Inc., 22nd Century Technologies, Inc., Midtown Personnel, Term Year Amount Initial Year 1 $3,500,000.00 Initial Year 2 $4,025,000.00 Initial Year 3 $4,628,750.00 First Renewal Option Year 1 $5,323,062.50 First Renewal Option Year 2 $6,121,521.88 Second Renewal Option Year 1 $7,039,750.16 Second Renewal Option Year 2 $8,095,712.68 Inc., AppleOne, Inc., Infojini, Inc., Cogent Infotech Corporation, Abacus Service Corporation, Recruiting Source International, Abacus Corporation, Lancesoft, Inc., Ad-A-Staff, Inc., Radgov, Inc., My Next Career Path Staffing, LLC, Express Employment Professionals, DatamanUSA, LLC, Syntricate Technologies, Inc., Alltex Staffing and Consulting, Harris-Jones Staffing & Recruiting, LLCA, Risun Solutions, Inc., Keystaff, Inc., Upsela Talent Solutions, Inc., Health Advocates Network, Inc., I Staff Solutions, Inc., Drake Nelson, LLC, Mando Technologies, Inc., Hart Employment Services, Rudra Enterprise, LLC, IMCS Group, Inc., Healthcare Staffing Professionals a TrueBlue Company, HCL Global Systems, Inc., Napa Analytics LLC, Sonus Software Solutions, Inc., TeamGlobal, MyBasePay USA, LLC, A & Associates, Absolute Information Technologies, Inc., A-Line Staffing, Advanced Proactive Solutions, LLC, ALOIS, LLC, Apsan Technologies, Beatty's Services, Inc., BridgeWork Partners, Centstone Services, LLC, Coil Digital Consulting, Diskriter, Inc., Donato Technologies, Esolvit, Inc., Fuchsia Services, Inc., Global Force USA, Hanker Systems, Inc., Ho2 Systems, LLC, InnoSoul, Inc., InstantServe, LLC, Marathon Staffing, MDMartin, LLC, MGT Impact Solutions, LLC, Millennium Franchise Group, LLC dba Hacking Solutions, Net2Source, Noor Staffing Group, LLC, NRT Group, Peak Performers, Laine Federal Solutions, Procom Services America, Inc., Prolim Global Corporation, Qultek Consultants, Inc., Sigma, Inc., Simarn, LLC, Staffing Boutique, Inc., Technostaff, LLC, VanderHouwen, and E-Solutions, Inc. An evaluation panel, consisting of representatives from the Human Resources Department, evaluated and scored the submittals using Best Value criteria. The individual scores were averaged for each of the criteria, and the final scores are listed in the table below. TeamGlobal, MyBasePay USA, LLC, and E-solutions, Inc. were deemed non-responsive by the Business Equity Division within the Diversity & Inclusion Department. A & Associates, Absolute Information Technologies, Inc., A-Line Staffing, Advanced Proactive Solutions, LLC, ALOIS, LLC, Apsan Technologies, Beatty's Services, Inc., BridgeWork Partners, Centstone Services, LLC, Coil Digital Consulting, Diskriter, Inc., Donato Technologies, Esolvit, Inc., Fuchsia Services, Inc., Global Force USA, Hanker Systems, Inc., Ho2 Systems, LLC, innoSoul, Inc., InstantServe, LLC, Marathon Staffing, MDMartin, LLC, MGT Impact Solutions, LLC, Millennium Franchise Group, LLC dba Hacking Solutions, Net2source, Noor Staffing Group, LLC, NRT Group, Peak Performers, Laine Federal Solutions, Procom Services America, Inc., PROLIM Global Corporation, Qultek Consultants, Inc., Sigma, Inc., Simarn, LLC, Staffing Boutique, Inc., Technostaff, LLC, and VanderHouwen were deemed non-responsive as they did not submit all of the required documentation to be evaluated. Mando Technologies, Inc., Hart Employment Services, Rudra Enterprise, LLC, IMCS Group, Inc., Healthcare Staffing Professionals a TrueBlue Company, HCL Global Systems, Inc., Napa Analytics, LLC, and Sonus Software Solutions, Inc. were deemed non-responsive as it did not score at least 50\ % or more of the total points available for the technical criteria necessary for price evaluation. Abacus Corporation, Ad-A-Staff, Inc., AllTex Staffing and Consulting, DatamanUSA, LLC, Drake Nelson, LLC, Express Employment Professionals, Harris-Jones Staffing & Recruiting, LLCA, Health Advocates Network, Inc., I Staff Solutions, Inc., KeyStaff, Inc., LanceSoft, Inc., My Next Career Path Staffing, LLC, RADgov, Inc., Recruiting Source International, Risun Solutions, Inc., Syntricate Technologies, Inc., and UpSela Talent Solutions, Inc. were removed from the evaluation process during the technical review portion. They were not further evaluated due to their lower relative technical scores, and no pricing evaluation was conducted for these submissions. Due to the high volume of proposals and to ensure a manageable and thorough review, the top- ranked vendors based on technical scoring were shortlisted for further consideration. Pricing points were applied only to these top 10 vendors. Only those staffing positions that all top 10 shortlisted vendors bid on were used in the pricing analysis. Pricing totals were calculated exclusively on these common items, allowing for an equitable comparison across all vendors. All pricing information was taken directly from each vendor’s submitted bid table. The RFP specified the use of the following Best Value Criteria: a. Cost b.Experience working as a temporary staffing agency for large organizations c. Infrastructure in place to be able to provide quality and timely service for large organizations d. Experience providing temporary staffing services to municipalities e. Recruitment Process and Methodology After evaluation, the panel concluded that Smith Temporaries, Inc. dba Cornerstone Staffing, Compunnel Software Group, Inc., Openwork LLC, TRYFACTA, INC., and 22nd Century Technologies, Inc. presented the best value to the City. Therefore, the panel recommends that City Council authorize non-exclusive agreements to these five vendors. No guarantee was made that a specific amount of these services would be purchased. Staff certifies that the recommended vendors' proposal met specifications. BUSINESS EQUITY: The Business Equity Division placed a 14.60\% business equity goal on this solicitation/contract. Smith Temporaries, Inc. will be exceeding the goal at 15\%, meeting the City’s Business Equity Ordinance. Compunnel Software Group, Inc., has agreed/committed to utilize 14.60\ % business equity subcontractor participation for the scope of work, meeting the City’s Business Equity Ordinance. 22nd Century Technologies, Inc. and Tryfacta Inc., will be exceeding the goal at 100\% as a Business Equity Prime and self- performing the scope of the services, meeting the City’s Business Equity Ordinance. Openwork LLC submitted a Prime Waiver Form, which is in accordance with the City’s Business Equity Ordinance. Openwork LLC, will be self-performing the entire scope of the contract. Any changes in subcontractors will be reviewed by the Business Equity Division. AGREEMENT TERM: Upon City Council approval, the initial term of these non-exclusive agreements will begin on September 2, 2025 and expire on September 30, 2028. The combined annual amount of Supplier Evaluation Criteria Total Ranka. b. c. d. e. Smith Temporaries, Inc. dba Cornerstone Staffing 26.65 13.50 20.83 13.50 13.50 87.98 1 Compunnel Software Group, Inc.29.59 12.50 20.00 12.00 11.50 85.59 2 Openwork LLC 30.00 11.50 20.00 11.00 10.50 83.00 3 TRYFACTA, INC.26.24 12.50 20.00 12.00 9.50 80.24 4 22nd Century Technologies, Inc. 25.75 12.00 18.33 12.00 12.00 80.08 5 Midtown Personnel Inc 27.09 12.00 19.17 9.00 11.00 78.25 6 AppleOne, Inc.23.96 11.50 18.33 11.00 10.50 75.30 7 Infojini, Inc.22.44 11.50 19.17 11.50 10.50 75.11 8 COGENT Infotech Corporation 19.54 11.00 19.17 11.00 10.00 70.71 9 Abacus Service Corporation 14.84 11.50 18.33 11.00 12.00 67.68 10 Fund Department ID Account Project ID Program Activity Budget Year Reference # (Chartfield 2) Amount Fund Department ID Account Project ID Program Activity Budget Year Reference # (Chartfield 2) Amount these agreements is up to $3,500,000.00 for the first year of the initial term, $4,025,000.00 for the second year of the initial term, and $4,628,750.00 for the third year of the initial term; However, the actual amount used will be based on the needs of the department and available budget. A 15\% annual increase is being requested to support the City’s acquisition of MedStar and integration of Emergency Medical Services (EMS) personnel. RENEWAL OPTIONS: These Agreements may be renewed for up to two two-year renewal terms. The combined annual amount for renewal options is up to: $5,323,062.50 of the first year of the first renewal term, $6,121,521.88 of the second year of the first renewal term, $7,039,750.16 of the first year of the second renewal term, and $8,095,712.68 of the second year of the second renewal term. This action does not require specific City Council approval, provided the City Council has appropriated sufficient funds to satisfy the City's obligation during the renewal term. ADMINISTRATIVE CHANGE ORDER: An administrative change order or increase may be made by the City Manager up to the amount allowed by relevant law and the Fort Worth City Code and does not require specific City Council approval as long as sufficient funds have been appropriated. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current operating budget, as previously appropriated, in the participating departments' General Funds to support the approval of the above recommendation and execution of non-exclusive agreements. Prior to an expenditure being incurred, the participating departments have the responsibility to validate the availability of funds. BQN\\ TO FROM Submitted for City Manager's Office by:Reginald Zeno (8517) Dianna Giordano (7783) Originating Department Head:Reginald Zeno (8517) Holly Moyer (7847) Additional Information Contact:Brandy Hazel (8087) Denise Medrano (8063) ATTACHMENTS 25-0082 (RFP Temporary Staffing Services) Final-CC.pdf (CFW Internal) Form 1295 - SMITH TEMPORARIES, INC. dba CORNERSTONE STAFFING.pdf (CFW Internal) Form 1295 Certificate - 22nd Century Technologies, Inc.pdf (CFW Internal) Form 1295 Certificate - COMPUNNEL SOFTWARE GROUP, INC..pdf (CFW Internal) Form 1295 Certificate - Openwork LLC.pdf (CFW Internal) Form 1295 Certificate - TRYFACTA, INC..pdf (CFW Internal) SAM - 22nd Century Technologies, Inc.pdf (CFW Internal) SAM - COMPUNNEL SOFTWARE GROUP, INC..pdf (CFW Internal) SAM - Openwork LLC.pdf (CFW Internal) SAM - SMITH TEMPORARIES, INC. dba CORNERSTONE STAFFING.pdf (CFW Internal) SAM - TRYFACTA, INC..pdf (CFW Internal) SOS - 22nd Century Technologies, Inc.pdf (CFW Internal) SOS - COMPUNNEL SOFTWARE GROUP, INC..pdf (CFW Internal) SOS - Openwork LLC.pdf (CFW Internal) SOS - SMITH TEMPORARIES, INC. dba CORNERSTONE STAFFING.pdf (CFW Internal) SOS - TRYFACTA, INC.pdf (CFW Internal) 6/26/2025http://apps.cfwnet.org/council_packet/mc_review.asp?ID=33441&councildate=6/24/2025